uv-vis spectrophotometer & thermal cycler · 22. dispute clause: any dispute related to the enquiry...

15
Advertisement No: Bot/BP/SERB-706/Equips/2018-19- Dated: 27-05-2019 BID DOCUMENT (e - Publishing) UV-VIS Spectrophotometer & Thermal Cycler Issued On: 12-01-2019 BANARAS HINDU UNIVERSITY VARANASI-221005, INDIA

Upload: others

Post on 22-Oct-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

  • Advertisement No: Bot/BP/SERB-706/Equips/2018-19- Dated: 27-05-2019

    BID DOCUMENT (e - Publishing)

    UV-VIS Spectrophotometer &

    Thermal Cycler

    Issued On:

    12-01-2019

    BANARAS HINDU UNIVERSITY VARANASI-221005, INDIA

  • SECTION I: NOTICE INVITING TENDERS (NIT)

    1. Sealed tenders are invited from the eligible, capable and registered bidders of BHU and or the Central Public Procurement Agency of Government of India. Unsolicited offers are liable to be ignored. However, suppliers who desire to participate in such tenders in future may bring it to the notice of Procuring Entity and apply for registration as per procedure. Note: to get registered as an approved supplier with the Procuring Entity, please download supplier approval form ................................................. and submit.

    2. Bidders /Tenderers can download the bid document from Central Public Procurement Agency website at www.eprocure.gov.in .Tender document can also be downloaded from the University website at www.bhu.ac.in For further details regarding Amendment /Addendum /Extension please visit website: www.eprocure.gov.in and www.bhu.ac.in

    3. Bidders/Tenderers need to submit the required documents like GST registration, PAN Number/Card, valid document regarding the existence and registration of the firm along with the bid, as per Check List.

    4. Manufacturer‟s name and country of origin of materials offered must be clearly specified. Please quote whether your organisation is large scale industry or small scale industry. If you have NSIC/MSE/MSI/DGS&D Certificate, please attach it to the quotation. Mention your registration details.

    5. Complete details and ISI specification it any must accompany the quotation.

    Make/brand of the items shall be stated wherever applicable. If you have got any

    counter offer as suitable to the material required by us, the same may be shown

    separately.

    6. Samples must be submitted where specified along with the quotations. Samples must

    be carefully packed, sealed and labelled clearly with enquiry number, subject and

    sender‟s name for easy identification. Rejected samples will be returned at your cost if

    insisted.

    7. The bids will be opened by a committee of members duly constituted for the purpose at the time and date as specified in the tender document. In the event of the date being declared as a closed holiday for purchaser‟s office, the due date for submission of bids and opening of bids will be the following working day at the appointed times.

    8. The bidders should submit the Price Bid and filled in the blank spaces provided for mentioning the name of bidder and rates. Bidders need not modify any other text or replace it with any other copy of samePrice Bid format. The prices quoted should be firm till the supplies are completed. Please quote the rates in words and figures. Rates quoted should be free delivery at destination including all charges otherwise the quotation is likely to be rejected. Prices quoted for free delivery at destination will be given preference. If there is no indication regarding the F.O.R., in the quotation, then it will be considered as F.O.R. destinations. Price quoted should be net and valid for a minimum period of three months from the date of opening of the quotation.

    9. The Financial bid (price bid) of only technically qualified bidders will be opened by a committee and the result will be displayed on the www.eprocure.gov.in which can be seen by all bidders who participated in the tender.

    http://www.bhu.ac.in/

  • 10. Tenderers should indicate whether the prices quoted are exclusive or inclusive of tax. They should indicate the rate(s) of tax. Payment of GST is primarily the responsibility of the seller and will not be paid unless the percentage value is clearly mentioned in the quotations. If no indication regarding GST is recorded in the quotation, the GST will be considered as included.In case, the firm is exempted from payment of tax, a copy of the Exemption Certificate issued by the appropriate authority may be furnished. The tenderers/bidders are advised to note that in case bidders indicate higher Tax Rates in their offer compared to what is actually payable, necessary administrative actions such as deregistration, suspension of business dealing and/or banning of business dealing, in addition to recovery against the firm may be taken.

    11. Cartel Formation and Quoting Prices in Pool-Tenderers may note that Offers of such firms who resort to unethical practice of cartel formation and quote prices in a pool shall be rejected and their offers shall also not be considered for award of any contract for the next two years.

    12. The firm has to give an affidavit duly attested by the Notary Public (in original) on a non-judicial stamp paper of Rs. 10/= that the firm is not providing its services at lower rates quoted in this tender to any Government/Private organization or any other institution during past one year, as per “FALL CLAUSE” adhered by DGS & D/GeM and other Government agencies. Further, If at any time during the currency of contract period, the firm reduces the price or offers such services to any person (s) /organization (s) / body etc including the purchaser or any Department of Central Government or any Department of State Government or any statutory undertaking of the Central or a State Government as the case may be, at a price lower than the price chargeable under the contract, it shall forthwith inform such reduction to the Joint Registrar – Purchase and the price payable under the contract for services rendered after the date of coming into force of such reduction shall stand correspondingly reduced. However, if it is discovered later on that the firm failed to inform the University about the reduction in the service price and continues to charge higher rates, is liable to be deducted from E.M.D. Furthermore, such firm is liable to be debarred from doing any business with the University in future.The firm has to give self declaration as per ANNEXURE-1.

    13. The firm has to give self declaration as per ANNEXURE-2 that there is no vigilance/CBI /FEMA case pending against the firm/supplier.

    14. At any time prior to the date of submission of bid, Registrar, BHU, may, for any reason, whether at his own initiatives or in response to a clarification from a prospective bidder, modify the bidding documents by an amendment. All prospective bidders/ tenderer who have received the bidding document will be notified of the amendment in writing and the amendment shall be binding on them. In order to provide reasonable time to take the amendment into account in preparing the bid. Registrar, BHU, may at his discretion, extends the date and time for submission of bids.

    15. The tendered rates and the validity of bids shall be for a minimum period of Six months from the date of finalisation of the contract.

    16. Payments shall be made within 30 working days after satisfactory delivery of the material / execution of the order on bill basis.

    All supplies are subject to inspection and approval before acceptance. Manufacturer / supplier warranty certificates and manufacturer / Government approved lab test certificate shall be furnished along with the supply, wherever applicable.

    17. If the supplyreceived do not conform to the description, the University will be entitled to reject the contract. On such rejection penalty will be imposed to the firm.

    If the terms of the quotation etc. are vague, incomplete, contradictory and confusing, the offer will summarily be rejected without any information.

  • In case of sub-standard services/ non-execution of services within the stipulated time, the University reserves the right to impose penalty on the concerned firm.

    18. Printed conditions of tender including there on to reserve or otherwise sent alongwith the tender, if any shall not be binding upon us.

    19. The Tenderers are advised to submit the ANNEXURE-3 along with other desired enclosures necessarily to ensure the eligibility criteria. Hard copies of all enclosures should reach to Dr. Bhanu Prakash, Department of Botany, Institute of Science, BHU, Varanasi-221005 within the stipulated date and time.

    20. BHU reserves all rights to make any changes in terms and conditions of the tender and also to reject any or all bids without assigning any reason thereof.

    21. The Vice Chancellor, B.H.U. or his authorized representative shall be the final authority in all disputes and decision will be binding on all concerned.

    22. Dispute clause: Any dispute related to the enquiry shall be subject to the jurisdiction of the court at VARANASI only.

    For any clarification and further details contact Telephone No: +91-9794113055 (Dr. Bhanu Prakash) or contact in person during office hours.

  • Technical Specifications

    "Summary of Technical Specifications"

    Item

    No

    Name of Goods or

    Related Service Technical Specifications and Standards

    1. UV-VIS

    Spectrophotometer

    1. Stand-alone operation & complete control through PC with UV Software

    High visibility color touch panel with stylus.

    2. True double beam optics with aberration corrected concave blazed

    holographic grating in Czerny –Turner mounting for high energy

    throughput and high-quality monochromatic light.

    3. Wide wavelength range of 1,100 nm to 190 nm.

    4. High resolution 1 nm spectral bandwidth over entire wavelength range.

    5. Spectral bandwidth of better than 1nm over the complete range of 190

    to 1,100 nm to ensures compliance of Resolution with standard test of

    0.02% v/v Toluene in Hexane.

    6. Stray light specification of 0.03%T at 220 nm by NaI and 340nm by

    NaNO 2 should meet requirement of Absorbance much greater than 2

    for 1.2% w/v of KCl solution.

    7. Wavelength setting and display in steps of 0.1nm

    8. Wavelength accuracy of + 0.1nm for D 2 spectral line

    9. Wavelength reproducibility of + 0.1nm.

    10. Best in class scan speed up to 29,000 nm/min for high speed Kinetic

    studies.

    11. Wide Photometric range of -4 to +4 Abs and 0 to 200 %T.

    12. High Photometric Accuracy of + 0.002 Abs at 0.5 Abs.

    13. Very low baseline drift of 0.0003 Abs/hour

    14. High baseline flatness of +0.0006 Abs over entire wavelength

    15. Ultra-low Photometric noise of <0.00005 Abs

    16. Dual source – high intensity Tungsten-Halogen and Deuterium lamp

    with automatic changeover

    17. High sensitivity matched pair Silicon Photodiode detector

    18. 5 or more USB ports for high speed PC and printer connectivity, data

    storage and transfer through USB pen drive

    19. Built in validation program, diagnostic and security functions

    20. All operational modes as standard – Photometric; Spectrum;

    Quantization; Kinetics, Time Scan, DNA and Protein Quantification in

    stand-alone and PC mode. Additionally, Multi-Component measurement

    should be available in stand-alone mode.

    21. Following Nine hardware validation parameters are to be built-in:-

    I. Wavelength Accuracy

    II. Wavelength Repeatability

    III. Spectral Bandwidth

    IV. Baseline Flatness

    V. Baseline Stability

    VI. Noise Level

    VII. Photometric Accuracy

  • VIII. Photometric repeatability

    IX. Stray Light

    22. Semi-automatic testing –

    Interactive display for simplified testing of test items, which require

    test, jigs.

    23. Automatic Testing –

    Automatic measurement and pass/fail evaluation and printing of

    results.

    24. Detailed print-out of test results –

    Test results printout with spectra and time course data after completion

    of the test items.

    25. Data should be read with commercial spreadsheet software.

    26. Pairs of quartz cuvette of 10 mm path length, 1ml volume to be

    supplied as standard.

    27. Suitable PC with LCD monitor compatible with software and color

    DeskJet printer.

    28. 2 Year warranty.

    29. Optional

    Peltier control cell holder or both sample & reference cell holder.

    30. Local SERVICE vendor must be required for any service call within Round

    the clock

    31. A compatible PC with software should be supplied for UV-vis Spec.

    2. Thermal Cycler 1. Gradient Thermal Cycler with Peltier heating and cooling based system.

    2. Should have option of interchangeable reaction module for 96 x 0.2 ml

    and 2 x 48 x 0.2 ml

    3. The dual block should also have gradient capability which can be

    independently controlled for both the blocks.

    4. Should have a maximum ramp rate of 4°C - 5°C/second and average

    ramp rate of 3.3 °C/sec

    5. Should have adjustable heated lid

    6. Should have block and calculated temperature control modes.

    7. Should have facility to write protocols automatically by system for

    easier programming to run a standard, fast or ultrafast protocol.

    8. Should have a temperature range of 0-100 deg C

    9. Should have a temperature accuracy of ± 0.2 deg C

    10. Should have a temperature uniformity of ± 0.4 deg C well to well within

    10 seconds of arrival at 90 degC and have 6 thermoelectric modules.

    11. Should have a gradient range of 30-100 deg C and use dynamic ramping

    for gradient.

    12. Should have a high resolution color display with touch screen panel and

    have 6 USB ports

    13. Should have a memory of >1000 programs with further expansion

  • through a USB Flash drive for transfer of files.

    14. Option to protect files with optional log-in, restricted user privileges

    and secured mode for controlled environment should be there.

    15. Should have automatic option for graphical or text-based programming

    16. The software should have exportable Run logs and system error logs

    17. Option of using the instrument through a PC should be there

    18. It should be possible to control additional 3 cyclers through one

    instrument.

    19. Should be upgradeable to 5 Target Real Time PCR

    20. Should have O-ring seal to protect thermal electric modules.

    21. Should be licensed

  • Annexure – 1

    DECLARATION REGARDING THE FIRM IS NOT PROVIDING ITS SERVICES AT LOWER

    RATES

    (Affidavit of Rs. 10/- duly attest by the Notary Public)

    Date: …………..

    The _______

    Department of____________

    Faculty of ____________

    Banaras Hindu University

    Varanasi – 221 005

    Sir,

    Re.: Tender Enquiry No.: ….Dated ___________ for „Supply and installation of

    ______________‟.I/we hereby declare that my company / firm is not currently selling its

    ________ at lower rates quoted in the tender to any government / private organisation or

    any other institution during past one year. Further, if at any time, our firm / company reduces

    the price or offers such services to any persons / organisations / bodies etc. at a price lower

    than the price chargeable under the contract, I / We shall inform such reduction to the

    university immediately. I / We hereby give our consent that if it is recovered later on that our

    firm failed to inform the University about the reduction at service price and continues to

    charge higher rates then our firm / company should be debarred from doing any business

    with the University in future.

    Yours faithfully (Signature of the Bidder) Printed Name Designation Seal

  • Annexure – 2

    DECLARATION REGARDING CLEAN TRACK BY BIDDER

    (on Company‟s / Firm‟s letterhead)

    Date: …………..

    The ____________

    Department of __________

    Faculty of ____________

    Banaras Hindu University

    Varanasi – 221 005

    Sir,

    Re.: Tender Enquiry No.: …. Dated __________ for __________________

    I/we carefully gone through the Terms & Conditions contained in the above referred Tender Document. I/we hereby declare that my company / firm is not currently debarred / blacklisted or no legal case pending by any Government / Semi Government Organizations / Institutions in India or abroad. In addition to this there is no vigilance/CBI /FEMA case pending against the firm/company. I/we further certify that I'm competent officer in my company /firm to make this declaration.

    Or

    I/we declare the following

    No. Country in which the company is debarred / blacklisted / case is pending

    Black listed / debarred by Government / Semi Government Organizations / Institutions

    Vigilance/CBI

    /FEMA case

    pending

    Reason Since when and for how long

    (NOTE : In case the company / firm was blacklisted previously, please provide the details regarding Period for which the company / firm was blacklisted and the reason/s for the same)

    Yours faithfully (Signature of the Bidder) Printed Name Designation Seal

  • Annexure – 3

    LIST OF DOCUMENTS ENCLOSED

    (on Company‟s / Firm‟s letterhead)

    Date: …………..

    The ____________

    Department of __________

    Faculty of ____________

    Banaras Hindu University

    Varanasi – 221 005

    Sir,

    Re.: Tender Enquiry No.: …. Dated __________for supply and installation of

    ___________

    I/we are enclosing following documents :

    1. Non – refundable Tender Fee of Rs. /- YES / NO

    2. Earnest Money Deposit (EMD) for an amount of Rs. 20,000 YES / NO

    3. MSME / SSI / NSIC Certificate, if available YES / NO

    4. CHA Licence duly attested by Custom Officer / Notary YES / NO

    5. Copy of membership of IATA / FIATA / WCA YES / NO

    6. GST registration certificate YES / NO

    7. Documents regarding the existence and registration of the firm YES / NO

    8. PAN Card YES / NO

    9. Copy of Income Tax Return of last three financial year YES / NO

    10. Audited Balance Sheet of firm / company of last three financial year YES / NO

    11. Original Affidavit on a non – judicial stamp paper (Annexure – 1) YES / NO

    12. Declaration regarding Clean Track Record (Annexure – 2) YES / NO

    13. Client List where the firm is providing its services YES / NO

    14. Name, address, email id & contact details of overseas associates YES / NO

    15. Price Bid. However, the same will be opened online only. YES / NO

    Yours faithfully (Signature of the Bidder) Printed Name Designation Seal

  • Limited Tender Form

    Name of the Procuring Entity _________________________________________________

    Firm‟s Reference Date

    Firm Registration No. (if any)

    PAN (Attach photocopy)

    GST No. LIMITED TENDER FORM

    Address:

    Phone

    Fax

    Email

    M/s. Enquiry No. And Date

    Date of Tender Opening

    The tender would be opened at three pm on the date of tender opening above, at the address mentioned above

    Please submit on or before 3.00 PM on the date of tender opening, your quotation for the following goods, in accordance with the terms and conditions printer overleaf, in a sealed cover, marked on top with – Enquiry No; Date of Tender Opening.

    Yours Sincerely

    Procuring Officer

    Tender Schedule: All Rates in Figurers and in Words in Rupees

    Sr. No.:

    Description and Specification

    Qty Unit Delivery Terms

    Rate per Unit

    Taxes & Duties

    Packing / forwarding

    Total Rate per Unit

    Total Value

    Delivery Schedule:

    Enclosed Specifications/Drawing/ Special Conditions of Contract:

    Item/Tender Specific Condition of this tender:

    I/we engage to supply the material(s) to your office and comply the following: 1. Tender schedule and technical specification indicated. 2. Item/tender specific conditions for this tender. 3. Terms and conditions printer overleaf.

  • 4. General conditions of contract signed by me at the time of supplier registration (for registered suppliers).

    5. I/we confirm that set off for the ED, GST, etc. Pain on the inputs have been taken into consideration in the above quoted price and further agree to pass on such additional duties as sets offs as may become available in future under GST, etc.

    6. This offer is valid for 90 (ninety) days from the date of opening of the tender. 7. That we have not been debarred by any Government/Undertaking. 8. That the rates quoted are not higher than the rates quoted for same item to any

    Government/Undertaking. 9. That the bid submitted by us is properly sealed and prepared so as to prevent any

    subsequent alteration and replacement.

    Signature & Seal Place & Date:

    Name of Authorised Signatory:

    Address: Tel. No./Fax No./Mobile No.: Email Id:

    Terms and Conditions of Limited Tender

    1. The quotation must be in the form furnished by Procuring Entity and should be free from

    corrections/ erasures. In case there is any unavoidable correction it should be properly

    attested. If not the quotation will not be considered. Quotations written in pencil will not

    be considered.

    2. Quotation will be opened on due date at 3.00 PM at the indicated venue in presence of

    the tenderers or their representatives who may wish to be present.

    3. The Banaras Hindu University reserves the right to accept the offer by individual items

    and reject any or all tenders without assigning any reason thereof and does not bind

    itself to accept lowest quotations.

    4. Participation in this tender is by invitation only and is limited to the selected Procuring

    Entity‟s registered suppliers.

    5. Manufacturer‟s name and country of origin of materials offered must be clearly specified.

    Please quote whether your organisation is large scale industry or small scale industry. If

    you have NSIC/MSE/MSI/DGS&D Certificate, please attach it to the quotation. Mention

    your registration details.

    6. Complete details and ISI specification it any must accompany the quotation.

    Make/brand of the items shall be stated wherever applicable. If you have got any

    counter offer as suitable to the material required by us, the same may be shown

    separately.

    7. Samples must be submitted where specified along with the quotations. Samples must

    be carefully packed, sealed and labelled clearly with enquiry number, subject and

    sender‟s name for easy identification. Rejected samples will be returned at your cost if

    insisted.

    8. All drawing sketches and samples, if any, sent along with this enquiry must be returned /

    along with quotations duly signed.

    9. The Banaras Hindu University reserves the right to modify the quantity specified in this

    enquiry.

    10. In case the items in the enquiry are covered by any rate contract or running contract

    finalised by the University, it should be specified in your quotation and accepted contract

    rates should also be mentioned. It should be confirmed whether you could supply at the

    RC rates outside rate contract.

  • 11. Delivery period required for supplying the material should be invariably specified in the

    quotation.

    12. In case your quotation is accepted and order is placed on you, the supply against the

    order should be made within the period stipulated due to delayed delivery by way of

    penalty. Failure to supply the material within the stipulated period shall entitle Procuring

    Entity for the imposition of penalty without assigning any reasons @ ½% (half percent)

    of the total value of the item covered in order as penalty per day subject to a maximum

    of 5% (five percent) unless extension is obtained in writing from the office on valid

    ground before expiry of delivery period.

    13. If the deliveries are not maintained and due to that account Procuring Entity is forced to

    buy the material at your risk and cost from elsewhere, the loss or damage that may be

    sustained thereby will be recovered from the defaulting supplier.

    14. Our normal payment terms are 100% (hundred percent) within 45 (forty five) days on

    receipt and acceptance of material at our site in good condition.

  • Proprietary Article Certificate

    Ref. No.:

    Place: _________________ Date: _________________

    “I, ___________________________, am personally satisfied that the goods (described

    below) purchased are of the requisite quality and specification and have been purchased

    from a reliable supplier/ contractor at a reasonable price.”

    Item:

    Quantity:

    Indenter:

    Unit Rate:

    Taxes / Duties:

    Other Charges:

    Total Unit Price:

    Total Price:

    Purchased from: M/s.

    Vide Bill No.:

    Justification:

    Cheque may be drawn in favour of

    Name :

    Designation:

    Signature:

  • INVITATION FOR BIDS

    Notice Inviting Tender (NIT)

    DEPARTMENT OF BOTANY INSTITUTE OF SCIENCE

    BANARAS HINDU UNIVERSITY

    e-Publishing Notice

    Ref: Bot/BP/SERB-706/Equips/2018-19 Dated: 27-05-2019

    Online tenders are hereby invited in two cover system from reputed manufacturer/ authorized

    representative of a manufacture/whole sale dealer/importer for supply of :-

    UV-VIS Spectrophotometer and Thermal Cycler

    Bidders can download complete set of bidding documents from e- procurement Platform

    http://eprocure.gov.in/eprocure/app from 27-05-2019 onwards. Bidders need to submit the bids Last

    Date/ Time for receipt of bids is: 22-06-2019 upto 04:00PM. (Server time). Late bids shall not be

    accepted.

    For further details regarding Tender Notification & Specifications please visit website:

    http://eprocure.gov.in/eprocure/app and www.bhu.ac.in.

    CRITICAL DATE SHEET

    Published Date 27-05-2019 (04:00 PM)

    Bid Document Download Start Date 27-05-2019 (04:00 PM)

    Clarification Start Date 27-05-2019 (04:00 PM)

    Clarification End Date 01-06-2019 (04:00 PM)

    Pre bid meeting NA

    Bid Submission Start Date 02-06-2019 (04:00 PM)

    Bid Document Download End Date 22-06-2019 (04:00 PM)

    Bid Submission End Date 22-06-2019 (04:00 PM)

    Bid Opening Date 24-06-2019 (12:00 Noon)

    sd/-

    Registrar

    http://eprocure.gov.in/eprocure/apphttp://eprocure.gov.in/eprocure/appfile:///D:/SHYAM/E-Publishing/Dept%20of%20Physics/Prof%20A%20K%20Singh/www.bhu.ac.in